Loading...
HomeMy WebLinkAboutItem 5f. Authorization to Award HVAC Air Handler Replacement at Parking Services (Spec. 2000075-07) Item 5f Department: Public Works Cost Center: 5006 For Agenda of: 9/3/2024 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Sandra Golonka, Capital Projects Manager SUBJECT: AWARD CONSTRUCTION CONTRACT FOR HVAC AIR HANDLER REPLACEMENT AT PARKING SERVICES, SPECIFICATION NUMBER 2000075-07 RECOMMENDATION 1. Award a Construction Contract to Smith Mechanical-Electrical-Plumbing in the amount of $180,239.00 for the HVAC Air Handler Replacement at Parking Services project, Specification Number 2000075-07; and 2. Authorize the City Manager to award the construction contract plus contingencies for a total amount of $213,275.00; and 3. Authorize the City Engineer to approve Contract Change Orders up to the available project budget and any amended budget subsequently approved by the City Manager up to $200,000. POLICY CONTEXT On May 17, 2022, Council approved a Purchasing Policy Update to the Financial Management Manual that required Council approval for Public Projects that cost over $200,000. Because the lowest responsive bid amount plus construction contract contingencies exceeds $200,000, staff is returning to Council to request authorization to award the construction contract. This will provide staff the authority to utilize all available construction contingencies if necessary to complete the project. DISCUSSION The HVAC and Air Handler in Parking Services (Project) will replace the existing HVAC unit and air handlers. The primary components and air ducting are from the original construction in 1988. The air handlers re-circulate and condition air before pumping it back into the building. The air handlers are old and nearing the end of their useful life. The relief damper is also no longer functioning properly, causing the building temperature to fluctuate or the HVAC to shut down. The engineering evaluation determined that the current HVAC system needs a complete replacement of air handlers, dampers, ducting, actuators, and condensing units. The replacement of the unit will increase energy efficiency and occupancy comfort. Page 131 of 229 Item 5f On May 9, 2024, the City Manager authorized staff to advertise construction bids for the HVAC Air Handler Replacement at Parking Services Project and authorized the Director of Public Works to award the contract if the lowest responsible bid was within the Engineers Estimate of $115,400 (Attachment A). On July 2, 2024, two bids were received and opened (Attachment B). Smith Mechanical - Electrical-Plumbing (Smith) provided the lowest responsive bid in the total amount of $180,239.00. Staff believes that the increase in costs above the Engineer's Estimate can generally be attributed to the required night work for the interior portion of the project, aimed at minimizing disruptions to staff and public service. In addition to recent economic trends leading to overall cost increases in construction related to high demand for work with a limited pool of qualified contractors. Bid Summary Bid Total 1 Engineer's Estimate $ 115,400.00 2 Smith Mechanical- Electrical- Plumbing $ 180,239.00 3 Dahl Air Conditioning, Inc. $ 193,000.00 The Contractor’s references, license, and registration with the Department of Industrial Relations have been verified. Staff is recommending that the Bid Total be awarded to Smith. To address potential risks, staff has allocated a 15% contingency. This serves as a safeguard against unforeseen challenges such as system reconfiguration, unrepairable parts, weather-related issues, and contractor coordination to ensure that service to th e public is uninterrupted. The contract amount plus the contingency will exceed the purchasing threshold requiring approval by the City Council. Additionally, the cost of a temporary A/C unit is included in the budget as a precautionary measure to address any concerns regarding staff comfort. CONCURRENCE This Project has concurrence from the Public Works Department, including the Facilities Maintenance Program, Parking Services, and from the Community Development Department. ENVIRONMENTAL REVIEW The Project qualifies for an Exemption to the California Environmental Quality Act pursuant to State CEQA Guidelines Sections 15301 (Existing Facilities) and 15302 (Replacement or Reconstruction) because it consists of improvements to an existing building with a similar system in terms of size, capacity, and function. The replacement unit is more energy efficient and will remain within its current structural limits. A Notice of Exemption has been filed through the Community Development Department. Page 132 of 229 Item 5f FISCAL IMPACT Budgeted: Yes Budget Year: 2024-25 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Project Cost Remaining Balance Annual Ongoing Cost General Fund State Federal Fees Major Facilities Maintenance (2000075- 07 & 2000075-07.01) $222,605 $0 $213,275 $9,330 Total $222,605 $0 $213,275 $9,330 The Project was originally identified in the 2021-23 Financial Plan (page 399) where it was allocated $30,000 for design services. The 2023-25 Financial Plan (page 363) identified an additional allocation of $230,000 in FY 2023 -24 to support this project from the Major Facility Maintenance account (2000075). As of July 1 8, 2024, there is a current balance of $222,605 in the individual Major Facility Maintenance project tasks (2000075- 07 and 07.01). Staff expects that the total available budget of $222,605.00 will be sufficient to complete the project. Fiscal Impact Summary HVAC Air Handler Parking Services, Spec No. 2000075-07 HVAC Air Handler Parking Services (2000075-07) Major Maintenance Facilities Total Construction $180,239 $180,239 Contingencies (15%) $27,036 $27,036 Portable A/C Unit: $5,000 $5,000 Printing: $1,000 $1,000 Total Project Cost $213,275 $213,275 Available Fund Balance $222,605 Remaining Balance $9,330 Page 133 of 229 Item 5f ALTERNATIVES The City Council could deny the request to award the project. Staff does not recommend this alternative as the HVAC system is nearing its end of useful life and in danger of failure. This could lead to costly emergency repairs in the future. ATTACHMENTS A - City Manager Report to Advertise B - Bid Results C - Draft Agreement with Smith Mechanical-Electrical-Plumbing Page 134 of 229 City of San Luis Obispo, City Manager Report Final City Manager Approval Approver Name Date Approved Interim City Manager WM 5/9/24 Reviewer Routing List Reviewer Name Date Reviewed Finance Riley K 4/26/2024 City Engineer BN 4/29/2024 City Attorney MK 4/22/2024 Department Analyst BP 4/12/2024 Capital Improvements Program Administrative Manager MK 4/16/2024 April 11, 2024 FROM: Matt Horn, Director of Public Works MH 4/19/2024 PREPARED BY: Sandra Golonka, Capital Projects Manager III SUBJECT: Advertise the HVAC Air Handler at Parking Services, Specification Number 2000075-07 RECOMMENDATION 1. Approve the project plans and specifications for the HVAC Air Handler at Parking Services, Specification Number 2000075-07; and, 2. Authorize staff to advertise for bids; and, 3. Authorize the Director of Public Works to award the construction contract if the lowest responsible bid is within the Engineer’s Estimate of $115,400. DISCUSSION Background The HVAC and Air Handler in Parking Services (Project) will replace the existing HVAC unit and air handlers. The primary components and air ducting are from the original construction in 1988. The air handlers re-circulate and condition air before pumping it back into the building. Parking Services uses an air handler, but it is old and nearing the end of its useful life. The relief damper is no longer functioning properly, causing the building temperature to fluctuate or the HVAC to shut down. To determine the current state of the existing HVAC system in Parking Services, City staff contracted with BMA Mechanical to prepare construction plans (Attachment A) and special provisions (Attachment B) to address the issue. The engineering evaluation determined that the current HVAC system needs a complete replacement of air handlers, dampers, ducting, actuators, and condensing units. The replacement of the unit will increase energy efficiency and occupancy comfort. Page 135 of 229 Authorization to Advertise HVAC Air Handler Parking Services, Spec No. 2000075-07 Page 2 CONCURRENCE This Project has concurrence from the Public Works Department, including the Facilities Maintenance Program, and from the Community Development Department. ENVIRONMENTAL REVIEW The Project qualifies for an Exemption to the California Environmental Quality Act pursuant to State CEQA Guidelines Sections 15301 (Existing Facilities) and 15302 (Replacement or Reconstruction) because it consists of improvements to an existing building with a similar system in terms of size, capacity, and function. The replacement unit is more energy efficient and will remain within its current structural limits. A Notice of Exemption will be filed through the Community Development Department. FISCAL IMPACT Budgeted: Yes Budget Year: 2023-24 Funding Identified: Yes The Project was originally identified in the 2021-23 Financial Plan (page 399) where it was allocated $30,000 for design services that have since then been expended. The 2023-25 Financial Plan (page 363) identified an additional allocation of $230,000 in FY 2023-24 to support this project from the Major Facility Maintenance account (2000075). As of March 19, 2024, there is a current balance of $259,736.30 in the individual project task (2000075-07) and $1,911,047.30 in the overall Major Facilities Maintenance account (2000075). The Engineer’s Estimate is $115,400 and the total cost of the project is estimated to be $154,480 per the table below. Staff expects that the total available budget of $259,736.30 will be sufficient to complete the project. Fiscal Impact Summary HVAC Air Handler Parking Services, Spec No. 2000075 -07 HVAC Air Handler Parking Services (2000075-07) Project Total Costs Parking Fund Engineer's Estimate $115,400 $115,400 Contingencies (20%) $23,080 $23,080 Total Construction Estimate $138,480 $138,480 Construction Administration: $10,000 $10,000 Portable A/C Unit: $5,000 $5,000 Printing: $1,000 $1,000 Page 136 of 229 Authorization to Advertise HVAC Air Handler Parking Services, Spec No. 2000075-07 Page 3 Total Project Cost $154,480 $154,480 Funding Sources HVAC Air Handler Parking Services (2000075-07) Current Balance $259,736 Project Funding $154,480 Post Project Balance $105,256 Project Total Funding $154,480 Reference Link: Budget Table HVAC Parking Services ALTERNATIVES 1. Deny the approval to advertise the project. The City Manager could choose to deny the authorization to advertise the project, but staff does not recommend this alternative as the HVAC system is nearing its end of useful life and in danger of failure. This could lead to costly emergency repairs in the future. ATTACHMENTS A- HVAC Replacement Parking Services, Spec No. 2000075-07 B- Specials HVAC Replacement Parking Services, Spec No. 2000075 -07 https://slocitycloud.sharepoint.com/:f:/s/SLOHub/Public- Works/cipengineering/Evh0yujSEOhAkbF34zE5NK4Bye6muZv1NPI0KqqivVKA_w?e=dYuskl Page 137 of 229 Page 138 of 229 Bid Opening: 07/02/2024 Item #Item Description Unit of Measure Estimated Quanity Item price Total Item price Total 1 DEMOLITION LS ------$6,788.00 ---$4,500.00 2 DUCTWORK LS ------$52,995.00 ---$36,500.00 3 REFIRGERANT PIPING LS ------$12,530.00 ---$18,000.00 4 EQUIPMENT LS ------$62,805.00 ---$74,500.00 5 ELECTRICAL LS ------$18,145.00 ---$20,000.00 6 STARTUP, TEST, & BALANCE LS ------$6,003.00 ---$18,500.00 7 FIRE ALARM INTERGRATION LS ------$6,570.00 $6,500.00 8 LANDSCAPING GRAVEL LS ------$2,862.00 $4,500.00 9 CONTROLS- INTERGRATION OF MITSUBISHI/TRANE TE-200 FOR COMPATIBILITY OF FUTURE INSTALLATION OF DDC CONTROLS OVER BACNET IP LS ------$11,191.00 $6,500.00 10 AIR BALANCING REPORT LS ------$350.00 $3,500.00 $180,239.00 $193,000.00 HVAC AIR HANDLER REPLACEMENT AT PARKING SERVICES, SPECIFICATION NO. 2000075-07 Smith Mechanical, Electrical, and Plumbing Dahl Air Conditioning, Inc. Total Project Bid Page 139 of 229 Page 140 of 229 AGREEMENT THIS AGREEMENT, made on ____________________________, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and Smith Mechanical-Electrical-Plumbing (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of HVAC AIR HANDLER REPLACEMENT AT PARKING SERVICES, SPECIFICATION NO. 2000075-07 in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. Demolition LS 1 --- $6,788 2. Ductwork LS 1 --- $52,995.00 3. Refrigerant Piping LS 1 --- $12,530.00 4. Equipment LS 1 --- $62,805.00 5. Electrical LS 1 --- $18,145.00 6. Startup, Test, & Balance LS 1 --- $6,003.00 7. Fire Alarm Integration LS 1 --- $6,570.00 8. Landscaping Gravel LS 1 --- $2,862.00 9. Controls – Integration of Mitsubishi/Trane TE-200 for LS 1 --- $11,191.00 Page 141 of 229 compatibility off future installatiton of DDC controls over BACnet IP 10. Air Balancing Report LS 1 --- $350.00 BID TOTAL: $180,239.00 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of Page 142 of 229 litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO a Municipal Corporation CONTRACTOR: Smith Mechanical-Electrical-Plumbing By: ____________________________ By: _______________________________ Whitney McDonald, City Manager Larry Brannon Its: President APPROVED AS TO FORM (2nd signature required if Corporation) By: ____________________________ By:_______________________________ J. Christine Dietrick, City Attorney Dane Austen Its: Vice President Page 143 of 229 Page 144 of 229